SOURCES SOUGHT
Y -- Multiple Award Construction Contract - South Carolina & Georgia Area
- Notice Date
- 12/17/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, Building 135, PO Box 30, NAS Jacksonville, FL 32212-0030
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450MACCSCG
- Response Due
- 1/7/2011
- Archive Date
- 1/22/2011
- Point of Contact
- Robert Woolwine
- Small Business Set-Aside
- N/A
- Description
- Sources sought for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the Naval Facilities Engineering Command Southeast (NAVFACSE). The majority of the work will be concentrated in, but not limited to, the states of South Carolina and Georgia. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. NAVFACSE is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design,) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities for Department of Defense activities in the states of South Carolina and Georgia managed by the Naval Facilities Engineering Command, Southeast. The work will be concentrated at, but not limited to the following locations: Naval Weapons Station, Charleston; Charleston Air Force Base; Shaw Air Force Base, Sumter; Marine Corps Recruit Depot, Parris Island; Marine Corps Air Station, Naval Hospital, Beaufort, Marine Corps Logistics Base, Albany GA, and Naval Air Station Atlanta, GA. MACC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 4 or 5 RFPs issued within a 30-day period). The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 million (M). The contract(s) will be for one base year with four one-year option periods. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $250M over the base year and all four option periods combined. A per contract maximum will not be identified. Task orders will be firm fixed price with a minimum value of $3.5M and a maximum value of $20M. However, task orders under or over these amounts may be considered if deemed to be in the Government ™s best interest and approved by the Contracting Officer. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last seven years that are similar to the construction work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, performance ratings and evidence of the specific capabilities identified below (see 1-5 below). Projects should be representative of NAICS 236220 and be similar in size, scope, and complexity to this requirement. Contracts must have been performed or substantially performed within the last seven years. Contracts with federal, state, or local Government, and/or commercial customers will be accepted. All proprietary information not to be disseminated in Government documents must be clearly identified. Submit a maximum of 5 projects describing the following: 1) Identify whether your firm is a self-certified Small Business or SDVOSB, or an SBA certified 8 (a) or HUBZone firm. If you are an 8(a) or HUBZone firm, provide proof of SBA certification. If you are submitting as a mentor-protĂ©gĂ© joint venture under the 8(a) program, you must provide SBA approval of the mentor-protĂ©gĂ© agreement to be considered as small for this procurement. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 2) Bonding capacity: Provide surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity at this time. 3) Experience. Describe the government or commercial contracts/projects your firm has completed in the last seven years showing your experience in construction, renovation, alteration, demolition, and repair work, including any necessary design with a project cost in the range of $3.5M to $20M per project. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design/build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 4) Identify whether your firm has in-house engineering capacity or uses an A-E firm to provide design services. If your firm has in-house engineering capacity, and also uses an A-E firm to provide design services, provide the percentage for each category. Indicate whether you have an established working relationship with the design firm, and what is the percentage of work given to the A-E firm over the last seven years. 5) Experience in the design and construction of projects capable of obtaining LEED certification in accordance with the USGBC criteria. Demonstrate this experience by identifying projects managed by your firm or the A-E firm that have obtained LEED certification from the USGBC. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company ™s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. Please respond to this announcement by 7 Jan 2011, 2:00 pm eastern time by submitting your Capabilities Statement via email to robert.woolwine@navy.mil. The subject line of the email shall read: SC/GA MACC. Emails shall be no more than 10MB in size. If additional space is needed, more than one email may be sent. Responses that do not meet all requirements or submitted after the deadline will not be considered. Respondents will not be notified of the results of the evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3453af97bb622fbe0ac60f6e1b8ef6f8)
- Record
- SN02346588-W 20101219/101217234116-3453af97bb622fbe0ac60f6e1b8ef6f8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |